MODIFICATION
J -- Copier Maintenance Service for the Montana Air National Guard
- Notice Date
- 12/10/2012
- Notice Type
- Modification/Amendment
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- 120 FW (MT ANG MSC), Montana Air National Guard, 2800 Airport Avenue B, Great Falls, MT 59404-5570
- ZIP Code
- 59404-5570
- Solicitation Number
- W9124V13T0003
- Response Due
- 12/26/2012
- Archive Date
- 2/8/2013
- Point of Contact
- christina.hutchins, 406-791-0454
- E-Mail Address
-
120 FW (MT ANG MSC)
(christina.hutchins@ang.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Action Code: Combined Synopsis/Solicitation Date: December 2, 2012 Year: Fiscal Year 13 for Base Year Contracting Office Zip Code: 59404-5570 Classification Code: J - Maintenance, Repair & Rebuilding of Equipment Contracting Office Address: Montana Air National Guard Attn: Contracting 2800 Airport Ave B Great Falls, MT 59404-5570 Subject: Copier Maintenance Service for the Montana Air National Guard Solicitation Number: W9124V-13-T-0003 Closing Date: 26 December 2012 Point of Contact: MSgt Christina Hutchins, (406)791-0454, please send all inquiries to 120fw.bco@ang.af.mil Description AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Synopsis/Solicitation W9124V-13-T-0003 is issued as a request for quotation. The Government intends to award one single award Firm Fixed Price (Cost per Copy/month) contract with a base year plus four option years for photocopier maintenance services based on best value. All services are non-personal in nature. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-62. This is a 100% Small Business set-aside. NAICS code 811212 applies to this solicitation. The size standard is $25 M. Line ItemDescriptionQuantityUnit Price Item 0001 Base Year Year 1 Item 0001AABlack and White Maintenance Service12MO Item 0001ABBlack and White OveragesEA Item 0001ACColor Maintenance Service12MO Item 0001ADColor OveragesEA Item 0002 Option Year 1 Year 2 Item 0002AABlack and White Maintenance Service12MO Item 0002ABBlack and White OveragesEA Item 0002ACColor Maintenance Service12MO Item 0002ADColor OveragesEA Item 0003 Option Year 2 Year 3 Item 0003AABlack and White Maintenance Service12MO Item 0003ABBlack and White OveragesEA Item 0003ACColor Maintenance Service12MO Item 0003ADColor OveragesEA Item 0004Option Year3 Year 4 Item 0004AABlack and White Maintenance Service12MO Item 0004ABBlack and White OveragesEA Item 0004ACColor Maintenance Service12MO Item 0004ADColor OveragesEA Item 0005 Option Year 4 Year 5 Item 0005AABlack and White Maintenance Service12MO Item 0005ABBlack and White OveragesEA Item 0005ACColor Maintenance Service12MO Item 0005ADColor OveragesEA During the life of this contract, the Government expects to add or remove an undetermined number of copiers as requirements change due to organizational realignment or organizations added or deleted or combined. This contract will only be modified for equipment that is serviced by a certified Konica/Minolta service center. Please see attached Performance Work Statement for a list of equipment and requirements. Acceptance will be at Destination by the Government and all items provided will be FOB Destination. OFFER SUBMISSION INSTRUCTIONS - Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number (2) Solicitation number (3) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code (4) Unit Price and extended price for CLIN to include pricing for each item in each option year (5) Past Performance References (6) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation) The following factors shall be used to evaluate offers: (1) Past Performance - the government reserves the right to conduct their own investigation other than the contractors provided list. (2) Ability to meet the requirements in the statement of work. (3) Responsiveness to requirement Technical and past performance, when combined, are approximately equal to price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The solicitation closing date is scheduled on 26 December 2012 at 1600 MST, Please e-mail offers to 120fw.bco@ang.af.mil. Award is anticipated to be on or about 28 December 2012. All responsible business sources may submit a proposal which shall be considered by the agency. The following clauses and provisions apply to this acquisition:FAR 52.204-99 System for Award Management Registration (Deviation)(AUG 2012); FAR 52.212-1 Instructions to Offerors-Commercial Items; The RFQ should be submitted and shall contain the following information: 1) RFQ number, 2) time specified for receipt of offers, 3) name, address, and telephone number of offeror, 4) terms of any express warranty, 5) price and any discount terms, 6) a completed copy of the representations and certifications at FAR 52.212-3 Alt 1 Offeror Representations and Certifications-Commercial Items (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration, (IAW FAR 4.1201 prospective contractors must be registered in the Online Representative & Certification Application (ORCA) at http://orca.bpn.gov ) 7) Period for acceptance of offers - The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, Late offers - Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is quote mark late quote mark and will not be considered. FAR 52.212-2 Evaluation-Commercial Items, award evaluation will be in accordance with FAR 13.106-2 and will be based on price, technical, and past performance. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.204-7 Central Contractor Registration, FAR 52.204-8 Annual Representations and Certifications, FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, FAR 52.217-9 Option to Extend the Term of the Contract, FAR 52.217-8 Option to Extend Services, FAR 52.219-1 Alt 1 Small Business Program Representations (Offerors must include a completed copy of this provision with their quote), FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.219-28 Post Award Small Business Program Re-representation, FAR 52.222-3 Convict Labor, FAR 52.222-21 Prohibition of Segregated Facilities, FAR 52.22-26 Equal Opportunity, FAR 52.222-36 Equal Opportunity, FAR 52.222-50 Combating Trafficking in Persons, FAR 52.223-18 Encouraging Contractor Policies to ban Text Messaging While Driving, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification, FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. FAR 52.247-34 F.O.B. - Destination, FAR 52.252-1 Solicitation Provisions Incorporated by Reference, FAR 52.252-2 Clauses Incorporated by Reference (located at http://farsite.hill.af.mil). FAR 52.252-6 Authorized Deviations in Clauses. The following are also applicable to this solicitation: DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS 252.203-7005 Representation Relating to Compensation of Former DOD officials, DFARS 252.204-7003 Control of Government Personnel Work Product, DFARS 252.204-7004 Alternate A Required Central Contractor Registration, DFARS 252.204-7008 Export Controlled Items, DFARS 252.209-7999 Representation by Corporations Regarding an unpaid Delinquent Tax Liability or a Felony conviction under any federal law (Deviation 2012-O0004), DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, DFARS 252.232-7003, Electronic Submission of Payment Requests, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.246-7000, Material Inspection and Receiving Report. 52.232-18 Availability of Funds (Apr 1984) Funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Contractors are required to include a copy of the FAR provision 52.212-3-Offeror Representations and Certifications-Commercial Items and DFAR 252.212-7000-Offeror Representation and Certification-Commercial Items with its proposal or may indicate completion of the representations and certifications on the internet at http://orca.bpn.gov. Failure to include the certifications along with the price proposal or to complete the certifications on the internet may result in elimination from consideration for award. Primary Point of Contact is MSgt Christina Hutchins (406)791-0454, Christina.hutchins@ang.af.mil or alternate is SMSgt Ruth Mortag at (406)791-0457. E-mail quotes to 120fw.bco@ang.af.mil, quotes must be received prior to 1600 MST 26December 2012. DISCLAIMER: The solicitation and all associated documents will be located on the Federal Business Opportunity (FBO) Government website. The Government is not liable for information furnished by any other source. All amendments, responses to questions, and minutes of the pre-proposal meeting will be posted to the website. This will be the only method of distributing documents and amendments prior to closing; therefore, it is the Offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offerors inability to access the documents posted on the website. The Government will not issue any paper copies. All inquiries must be in writing, preferably via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the website. Contracting Office: Montana Air National Guard Attn: Contracting 2800 Airport Ave B Great Falls, MT 59404-5570
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA24-1/W9124V13T0003/listing.html)
- Place of Performance
- Address: 120 FW (MT ANG MSC) Montana Air National Guard, 2800 Airport Avenue B Great Falls MT
- Zip Code: 59404-5570
- Zip Code: 59404-5570
- Record
- SN02945329-W 20121212/121210233817-567a4c68998241d8cf34af4022f711d6 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |